Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2003 FBO #0474
SOLICITATION NOTICE

28 -- 28-Engine turbines and components

Notice Date
3/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-Q-100028
 
Response Due
3/24/2003
 
Archive Date
4/8/2003
 
Point of Contact
Linda Clark, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
LDClark@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quote (DTCG38-03-Q-100028) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-12. The North American Industry Classification System (NAICS) Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with FAR 6.302-1. This solicitation is for the outright purchase of a Rolls Royce Dart Engine, P/N 529-8X. The Coast Guard anticipates award to a foreign firm that has available stock outside of the United States that meets the following requirements and specifications. Engine purchased must have a minimum of 3000 hours remaining prior to TBO with all Group A and B components with enough cycles and calendar time remaining to meet 3000 hours and 5 years of operating time requirement. In addition we require compliance with DRS-611 and MosS 1581 and 1946. Our current engines have these mods embodied. All Dart engines must have these mods embodied/performed. These requirements will provide the Coast Guard with the maximum flexibility in managing the asset. Awardee must be able to provide traceability to the OEM for the purchase of the engine . Traceability means that the awardee must be able to show a clear documented, auditable paper trail for ownership and transfer of the engine from the OEM to the final vendor. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Air Station Miami, Attn: G-1 Shop – 15000 NW, 42nd Ave Opa Locka Arpt, Opa Locka, FL 33054. or as indicated on awarded contract. F.O.B. Point shall be F.O.B. Origin. Required delivery date is 14 days after contract award. Packaging and marking: shall be in accordance with ASTM D 3951-98 approved Nov 10, 1998. Packaging instructions shall be that the shipping containers must be suitable for shipment via land, air, or sea. Contractor shall provide engine shipping containers. Containers shall be shipped to U. S. Coast Guard Air Station Miami, Opa Locka Airport, Opa Locka, FL 33054, Attn: Gulfstream G-1 Engine Program. The internal packing material must be sufficient to prevent damage during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration. Container shall be labeled on the outside with P/N, S/N, Nomenclature, and Contract Number. This item is deemed flight critical in USCG missions. Inspection shall be performed by Certificate of Conformance (COC) and acceptance shall be performed by USCG G-1 Miami Air Station Personnel. All Inspection and acceptance shall be made to ensure items are in accordance with manufacturer specifications. All responsible sources may submit an offer which will be considered. Offerors shall be able to provide necessary certification to ensure parts are in airworthy condition, suitable for installation on U.S. Coast Guard aircraft. Sources shall be the OEM or a responsible source who can provide tracebility to the OEM for parts furnished...Anticipated award date is no later than 28 March 03. The following FAR provisions and clauses apply to this request for quote and are incorporated by reference. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2000); FAR 52.212-2, Evaluation- Commercial Items (Jan 1999), The following factors shall be used to evaluate offerors’ capabilities of item offered to meet Government’s requirement, low price technically acceptable, and past performance. FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Jul 2002) and Alt I (Apr 2002), these certifications must be included with quotation, copies may be obtained by contacting the agency; FAR 52.212-4, Contract Terms and Conditions, Commercial Items (Feb 2002); ADDENDUM FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data) Alternate IV(Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. FAR 52.246-2, Inspection of Supplies – Fixed Price (Aug 1996); FAR 52.246-15, Certificate of Conformance (Apr 1984); FAR 52.247-32 F.O.B. Origin, Freight Prepaid (Jun 1988) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), full text may be accessed electronically at this internet address: http://www.deskbook.osd.mil. End of Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (May 2002); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1 (41U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns (U.S.C. 637 (d)(2) and (3), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246) ; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) ; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). FAR 52.225-13, Restriction on Certain Foreign Purchases, (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332) End of Clause Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.***** FAR 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990); Closing date and time for receipt of offers is 24 Mar 03, 4:00 pm, Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via fax to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price; FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date. Contact Linda D. Clark for questions regarding this solicitation at 252-334-5212*****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-03-Q-100028/listing.html)
 
Record
SN00281671-F 20030319/030317221656 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.